Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2002 FBO #0158
SOURCES SOUGHT

L -- CONTRACTOR FIELD SERVICES (CFS)

Notice Date
5/7/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, CA, 93042-5049
 
ZIP Code
93042-5049
 
Solicitation Number
N68936-02-R-0064
 
Response Due
6/27/2002
 
Archive Date
7/12/2002
 
Point of Contact
Kathy Gillespie, Contract Specialist, Phone (805) 989-0522, Fax (805) 989-8955, - Sharon Schumann, Procuring Contracting Officer, Phone (805) 989-4603, Fax (805) 989-1877,
 
E-Mail Address
gillespiekj@navair.navy.mil, schumannsg@navair.navy.mil
 
Description
The Naval Air Warfare Center Weapons Division, Point Mugu, CA 93042 plans to procure on other than full and open competition from Northrop Grumman Field Support Services, Incorporated, 6017 New World Avenue, Jacksonville, Florida 32221, Contractor Field Services (CFS) in support of the EA6, E2C, C2, CATE, and F14 Programs. The EA-6B is the sole U.S. Electronic Warfare platform, after the EF-111 was vacated. The planned introduction of the ICAP III upgrade and the lack of associated logistics support, demands field engineers to provide technical information and training that is only available from the original equipment manufacturer (OEM). With the introduction of the Hawkeye 2000 aircraft, the Group II aircraft updated the AN/APS-138 radar to a new AN/APS-145 with new displays and a fault monitoring system. The aircraft was re-designed with the new, more powerful T56-427 engine, and new avionics such as the Joint Tactical Information Distribution System (JTIDS) and Satellite Communications (SATCOM) were added to the airframe. The Hawkeye 2000 is the next generation E-2 Aircraft and is currently in production. Several major modifications are being incorporated to maintain the technological advantage provided by today?s E-2C. Because of these avionics and structural changes, and the need to support several aircraft configurations at each major site, field-engineering services must be provided by the OEM. To extend the life of the C-2(R) aircraft, several major modifications were incorporated to the airframe and avionics. With current and future updates, the OEM will be the only source of information and training for navy maintenance and operations personnel. Field Engineering Services are required for the CATE program in support of sophisticated aviation test equipment. Both the hardware and software are complex which require specialized knowledge on the test program sets and inter-connection devices. Access to the technical database for the equipment in its current configuration is essential. The OEM is the only available source possessing the technical support capability with this equipment. The F-14 aircraft are a mix of F-14A models produced prior to the full standardization of tooling and manufacturing utilized during building of subsequent aircraft, and fleet compatible aircraft including late mode F-14B and F-14D aircraft. Systems and equipment undergo constant update for future RDT&E functions. Unique test systems and instrumentation installed in these aircraft require a skill level and expertise far beyond that required for normal aircraft support. Services can only be obtained from Northrop Grumman in order to avoid major delays in the test and evaluation effort and to provide for safe use of operationally necessary systems and equipment. The F-14B was designed to be a transition model to the F-14D Super Tomcat. The F-14D was intended, with its vastly upgraded avionics suite/stores management system, to be produced as a mixture of newly constructed and retrofitted aircraft. Due to the reduction of F-14 procurement funds, new F-14D manufacturing ended in fiscal year 1992, leaving three different series of aircraft to support, each with different radar, engines, and avionics. Additionally, new capabilities are being added including a precision bombing capability. As a result of on-going modifications, lack of trained personnel and design data for equipment in multiple configurations, this support can only be obtained from the OEM. Northrop Grumman is the only source available with the requisite data, expertise, and knowledge to provide update training for the continual modifications and to assist during the introduction of new equipment. In order to perform these services, access to the technical database for the equipment in its current configuration is essential. The OEM, Northrop Grumman, is the only source available with requisite data and specific technical support knowledgeable of these aircraft and equipment. No other firm possesses the required data and expertise on these aircraft since they have undergone recent modifications. The requirement is for an estimated 1899 man months of Contractor Engineering Technical Services (CETS) to various fleet and shore activities for the purpose of informing, instructing and training Navy personnel in the installation, operation and maintenance of the aircrafts. The period of performance will be 1 October 2002 through 30 September 2003, with four one-year option periods. Responsible sources having the engineering and technical field service capabilities described above many submit an offer which may be considered to the attention of Kathy Gillespie, T& E Logistic Contracts Department, Code 254300E, NAVAIRWARCENWPNDIV, 575 I Avenue, Suite 1, Point Mugu, CA 93042, or via e-mail to gillespiekj@navair.navy.mil. The offer must have complete and detailed information that includes the total number of employees and professional qualifications of personnel specially qualified in the areas as outlined; an outline of previous CFS efforts including specific services previously performed or being performed in the listed CFS area; specific resumes of representatives detailing their qualifications and any other available descriptive literature. See Note (22).
 
Place of Performance
Address: Cherry Point, NC; Washington, DC; Whidbey Island, WA; New Orleans, LA; San Diego, CA; Norfolk, VA; Pt Mugu, CA; Patuxent River, MD; Oceana, VA; and Atsugi, Japan
 
Record
SN00073024-W 20020509/020507213420 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.